SOLICITATION NOTICE
16 -- GyroCam Day/Night Vision Long Lens Surveillance System
- Notice Date
- 9/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
- ZIP Code
- 20537
- Solicitation Number
- 02-AA-0005
- Response Due
- 9/18/2002
- Archive Date
- 10/3/2002
- Point of Contact
- Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877, - Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877,
- E-Mail Address
-
jeickenhorst@dialup.usdoj.gov, jeickenhorst@dialup.usdoj.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued. Quotes are being requested and a written solicitation will not be issued. The solicitation number is 02-AA-0005 and is being issued as a Request for Quotations (RFQ). The NAICS number is 334511, "Pictorial Situation Instrumentation Manufacturing." The Federal Acquisition Regulations (FAR) provisions and clauses applicable to this RFQ are those in effect through Federal Acquisition Circular (FAC) 01-08. This is a full and open competition; there will be no set-aside requirements. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers will be evaluated and award based on "best value." Evaluation factors include price, technical capability, customer service and warranty. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Offers are due September 18, 2002, no later than 3:00 Eastern Time, at the following address: Drug Enforcement Administration, Office of Acquisition Management, Attn: Jason Eickenhorst, Washington, DC, 20537. Offers may also be faxed to (202) 307-4877 if they do not exceed 10 pages. An award is anticipated by September 30, 2002, with delivery of the items not later than 180 days after receipt of order. Delivery terms will be defined at time of contract award. REQUIREMENT: The Drug Enforcement Administration (DEA) has a requirement for two long-range, high-performance multi-sensor camera systems for aircraft surveillance operations. Each system shall be inclusive of the following items: (1) a day/night vision long lens surveillance system; (2) installation; (3) time/date labeler; (4) cockpit camera indicator; and (5) four-position video switcher. Offerors are required to provide a price quote for each item identified above. This system will be installed onboard two types of aircraft: an American Eurocopter A-Star Single Engine Helicopter and a Cessna T206 airplane. The contractor shall provide training on the use of the system at no additional cost to the Government. The training will be provided for four DEA personnel on the use, operation, care and maintenance of the equipment (training will be held at the same site as installation of equipment (site to be determined). Any travel expenses associated with installation or training support shall not exceed $2,500.00. SALIENT CHARACTERISTICS: The long-range, high-performance multi-sensor camera system shall contain a high resolution Color Day TV sensor payload to facilitate stand-off, non-observable, suspect observation; must be able to view targets of interest during periods from total light to very low light, and/or ambient starlight; allow the operator to simultaneously observe images viewed through the daylight TV camera and the low light/star light camera; and be housed in a gyro-stabilized turret that is easily mountable to an American Eurocopter A-Star Single Engine Helicopter and Cessna T206 airplane. All equipment shall be newly manufactured; incorporate an auto-tracker; not require any daily setup, calibration or balancing; and shall be nose-mounted on the helicopter or belly mounted on the airplane. SPECIFICATION: Camera System Turret, at least a 4-axis Gyro-stabilization, not less than 5 microadian line-of-site Jitter, 360 degree continuous rotation in azimuth, +20 to -110 degrees in elevation, 75 degrees/second Line of Sight (LOS) rate in azimuth, Integrated Video auto tracking, 20-inch diameter or less, less than 75 lbs. turret weight, other internal Line Replaceable Units (LRU) not less than 60 lbs. Turret shall be FAA Supplemental Type Certificate (STC) as operational up to 300 nautical miles per hour. 8.2. CAMERA SYSTEM ELECTRICAL OPTICAL PAYLOAD SPECIFICATIONS: High Resolution Color Day TV Sensor, no less than 700 TV lines of resolution, auto and manual iris with no more than .1 of a second delay in image processing, National Television Standard Corporation (NTSC) video format with high magnification TV zoom lens to 1050mm, integrated monochrome low light sensor with high magnification TV zoom lens, 0001 Lux sensitivity Generation III Night Vision. The high magnification channel shall be able to read 3-inch high license plate letters at a range of no less than 1 Kilometer (Km). Video Monitor display: Minimum 8" Cathode Ray Tube (CRT) or Liquid Crystal Display (LCD) minimum 450 Television Lines (TVL) resolution. Diagonal measurement display of at least 8" Video Graphic Adapter (VGA) connector in, video out connectors; NTSC format; all controls for contrast, brightness, color, hue, picture, sharpness, also including a built-in a/b switch; shall all be mounted to the front of the monitor, and adjustable with Nomex flight gloves on. Rugged construction and Electronic Magnetic Interference (EMI) shielded; Video Cassette Recorder: Standard VHS/SVHS shall be used in the aircraft: National Television Standard Corporation (NTSC) format; 12 Volts Direct - Current (VDC) power equipment; video "ins" and "outs," preferably with Bayonet Nut Connector (BNC) connectors; compact design - weight not to exceed 10 lbs. The contractor shall provide a one-year standard manufacturer's warranty, a copy of which must be provided as part of their offer. Offerors shall also provide a statement of capability that defines their product's ability to meet the requirements of the Government.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/DEA/OAM/02-AA-0005/listing.html)
- Place of Performance
- Address: 2300 Horizon Drive Fort Worth, TX
- Zip Code: 76177
- Country: USA
- Zip Code: 76177
- Record
- SN00156214-F 20020903/020901221101 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |